Tender

CPC Security Systems Framework

  • Crescent Purchasing Limited
  • Public Sector

F02: Contract notice

Notice identifier: 2022/S 000-026079

Procurement identifier (OCID): ocds-h6vhtk-036925

Published 16 September 2022, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

m.woodman@thecpc.ac.uk

Telephone

+44 1619740945

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Public Sector

Procurement House

Salford

M6 6AJ

Email

m.woodman@thecpc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Crescent Purchasing Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

m.woodman@thecpc.ac.uk

Telephone

+44 1619740945

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CPC Security Systems Framework

Reference number

CA10892 - CPC/MW/01/2022

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

Security, Access Control and CCTV systems are the critical primary interface to maintain and manage an organisations’ safety and security access permissions. Security, CCTV and Access Control systems are an effective form of security and its benefits include:-

• An important part of an overall electronic security system

• Enhanced security of employees, students, buildings and assets

• Ability to work with other in-house security measures

CPC intends to build on its previous offering of a framework with suitably qualified suppliers, capable of meeting the diverse needs and requirements of members. Member organisations accessing this framework are looking to work with pro-active suppliers who will work with them to design, supply, install and maintenance of CCTV, Access Control, Car Park Barrier and Intruder Alarm Systems which will maximise their ability to maintain and manage access to their premises, buildings, areas within buildings, specific rooms etc.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Lot 1 - CCTV Supply, Installation and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 35121000 - Security equipment
  • 35125300 - Security cameras
  • 32235000 - Closed-circuit surveillance system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

For the Supply, Installation and Maintenance of CCTV Systems as part of a new package or upgrade to existing works, this includes but is not limited to, supply of equipment, works, commissioning, testing, certification, training, handover, technical support, connections, warranties, monitoring, reactive and proactive maintenance, repairs, troubleshooting, upgrades.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - Car Park Barrier Supply, Installation and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928300 - Safety barriers
  • 35121000 - Security equipment
  • 34926000 - Car park control equipment
  • 45233280 - Erection of road-barriers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

For the Supply, Installation and Maintenance of Car Park Barrier Systems, this includes but is not limited to, supply of equipment, works, commissioning, testing, certification, training, handover, technical support, connections, warranties, monitoring, reactive and proactive maintenance, repairs, troubleshooting, upgrades.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 - Intruder Alarm Systems Supply, Installation and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 35121700 - Alarm systems
  • 45312200 - Burglar-alarm system installation work
  • 35121000 - Security equipment
  • 45312000 - Alarm system and antenna installation work
  • 31625300 - Burglar-alarm systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

For the Supply, Installation and Maintenance of Intruder Alarm Systems, this includes but is not limited to, supply of equipment, works, commissioning, testing, certification, training, handover, technical support, connections, warranties, monitoring, reactive and proactive maintenance, repairs, troubleshooting, upgrades.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 - Entrance and Access Control Supply, Installation and Maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 42961100 - Access control system
  • 35121000 - Security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

For the Supply, Installation and Maintenance of Entrance and Access Control Systems, this includes but is not limited to, supply of equipment, works, commissioning, testing, certification, training, handover, technical support, connections, warranties, monitoring, reactive and proactive maintenance, repairs, troubleshooting, upgrades.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 - Entrance and Access Control Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 30237135 - Network interfaces cards
  • 30162000 - Smart cards
  • 22457000 - Entrance cards
  • 30237131 - Electronic cards

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

For the requirement of any Entrance and Access Control Consumables. This may include but is not limited to, blank ID cards, tokens etc., software, hardware (card readers, card printers), as well as a Bureau Printing Service.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 60

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 October 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly

six.4.4) Service from which information about the review procedure may be obtained

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom